You are on page 1of 6

Bid Data Sheet

ITB Clause
1.0 The Procuring Entity, Department of Public Works and Highways, Negros
Occidental 1st District Engineering Office, Matab-Ang, Talisay City, Negros
Occidental invites Bids for the 23GK0187 – Concreting of Brgy. Mabini FMR,
Brgy. Mabini, Cadiz City, Negros Occidental
The scope of the Works under this Contract is
Part A: Facilities for the Engineer
Part B: Other General Requirements
Part C: Earthworks
Part D: Subbase and Base Course
Part E: Surface Courses
Part G: Drainage and Slope Protection Structures
2.1 The GOP through the source of funding for FY 2023 - DA Farm-to-Market Road
Program in the amount of Php 11,939,996.79 (ABC).
2.2 The source of funding is:
[If an early procurement activity] NGA, the National Expenditure Program;
[If not an early procurement activity] NGA, the General Appropriations Act or
Special Appropriations.
5.2 The following are the “Major Categories of Works” involved in the contract to be bid:
RCP – Roads: Construction - PCCP
The following are the “Similar Categories of Works” that shall be considered in the
evaluation of the work experience required for the contract to be bid:
a. RRP – Roads: Rehabilitation - PCCP
b. RCTP – Roads: Construction – Tunnel – PCCP
The following “Qualifiers” shall be applied to this contract:
7.1 b. Subcontracting is not allowed.
8.0 The Procuring Entity will hold a Pre-Bid Conference for this Project on March 1,
2023 at Conference Room, DPWH, Negros Occidental 1st District Engineering
Office, Matab-ang, Talisay City, Negros Occidental
If the bidder chooses to attend the prebid conferencing through online conference,
the bidder should join the meeting using the following link (Facebook Page –
DPWH Negros Occidental 1st DEO-BAC-New)
10.4 The key personnel must meet the required minimum years of experience set below:
Min. Years of Min. Years of Total
Similar Experience Work Experience
Key Personnel
(Same Position) (Same Position)
Project Engineer 5 Years 5 Years
Project Inspector 5 Years 5 Years
Materials Engineer I 5 Years 5 Years
Safety Officer 5 Years 5 Years
Foreman 5 Years 5 Years

Accredited Safety Officer (Required Upon Issuance of Notice of Award) subject to D.O. 98
Series of 2014: Submission of Construction Safety and Health Program Approved by the
Department of Labor and Employment (DOLE).
First Aider w/ certificate of Training issued by RED CROSS in compliance to DOLE
requirements for the approval of Construction Safety & Health Program (Required upon
issuance of Notice of Award) subject to D.O 98 Series of 2014: Submission of Construction
Safety and Health Program Approved by the Department of Labor and Employment (DOLE).
The key personnel should meet the following number of years’ work experience.
1. The experience means total years of civil works experience (of any nature in
construction and engineering consultancy services)

1
2. Included the Tax Identification Number (TIN) of the Key Personnel. Compliance to
D.O 98 series of 2016: Revised Guidelines on the Accreditation of Contractor’s/
Consultants’ Materials Engineer.
Include the contract number of the Materials Engineer.
10.5 The minimum major equipment requirements are the following:
Description Capacity Required
Units
Pay Loader 1.50m3 1
Motorized Road Grader w/ 140 Hp 1
scarifier
Vibratory Road Roller 10mt 1
Water Truck 16000 Liters 1
Lowbed Trailer with prime Mover 25mt 1
Transit Mixer 5cu. Cap 2
Concrete Screed Vibrator 3.7 m / 5.5 Hp min. 1
Concrete Vibrator 2
50 mm ø / 5 Hp min.
Bar Cutter (Single Phase) 300 mm blade/7. 5 Hp min. 1
Concrete Saw 275Hp.min./10cu.m. min. cap. 1
Dump Truck 10m 3 2
Concrete Batching Plant 30 cu.m. cap. 1
Backhoe with Breaker 0.80 cu.m. 1
Mechanical Asphalt Joint 1
Sealer
Plate Compactor 1
Stake Truck 9-10mt 1
One (1) bagger Concrete 1
Mixer
Bulldozer D6H 1
Cut Off Tool (DD160 230V) 1
Bar Bender 1
1) Laboratory Required No. of Units Minimum
Equipment Capacity/Unit
Please refer to D.O. 11 Series of 2017 for the minimum materials testing
equipment and D.O 127, Series of 2018, Strict Application of R.A 9184 in
the conduct of Post-Qualification of Bidders with Delayed On-Going
Contracts with the DPWH.
12 Value Engineering not allowed
14.2 Philippine Pesos.
15.1 The bid security shall be in the form of a Bid Securing Declaration or any of the
following forms and amounts:
a. The amount of not less than two percent (2%) of ABC, if bid security is in
cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of
credit;
The amount of not less than five percent (5%) of ABC if bid security is in Surety
Bond.
18.1 Bid submission maybe done manually or electronically/online. However, bidders
should only select one mode of submission, either manual or electronic.
The address for receipt of Bids submitted manually at Conference Room, DPWH,
Negros Occidental 1st District Engineering Office, Matab-ang, Talisay City, Negros
Occidental
The deadline for receipt of Bids is on March 14, 2023 at 9:00 A.M

2
For bids to be submitted electronically/online, the following procedures
should be observed following D.O 87 - 2020:

1. Submission of electronic Official Receipt of purchase of the Bidding


Documents

Prior to the deadline of submission of bids, the prospective bidders shall


send an e-mail with subject “Official Receipt for [Insert Contract
ID]” to [Insert dedicated e-mail address]. Attached to the said e-
mail is the copy of the Official Receipt of purchase of bidding documents
in Portable Document File (PDF) format with file name in the format
“<PCAP ID>_ <CONTRACT ID>_OfficialReceipt.pdf”.

For example, the filename of the attached PDF containing the Official
Receipt of the Contract with PCAB ID No. 12345, who intends to
participate in the bidding of Contract ID No. 20Z00123 shall be
“12345_20Z00123_OfficialReceipt.pdf”. Further, the e-mail subject
would be “Official Receipt for 20Z00123”.

In case a prospective bidder originally intends to join the bidding as


Joint Venture (referred as “original bidder”), has been issued an Official
Receipt of purchase of bidding documents and has submitted the
electronic Official Receipt, but eventually decided to join the bidding
with new members or as individual contractors (referred as “regrouped
bidder”), or vice-versa, the “regrouped bidder” should purchase a new
bidding document to be issued with the corresponding Official Receipt
in their name and submit the electronic Official Receipt following the
same procedures.
2. Confirmation of the electronically submitted Official Receipt

2.1 An e-mail shall be received by a prospective bidder confirming its


successful submission of the Official Receipt as required under Item 1.

Only the electronic bids of bidders who have successfully


submitted an electronic Official Receipt shall be accepted.

2.2 An e-mail shall be received by a prospective bidder in instances where


their sent e-mail related to Item 1:.
a. Has incorrect subject Contract ID, which means that a corresponding
folder with the same Contract ID does not exist in the eBid Portal;
b. Has no attachment;
c. Has an attachment but is not in the prescribe format;
d. Has more than one (1) attachment; or
e. Was received after the deadline of bid submission.

For the foregoing cases, the prospective bidders should rectify/correct


the noted deficiency/ies to comply with the requirements under Item 1
for its electronic bid to be accepted.

3
3. Preparation and submission of an Electronic Bid

The prospective bidders shall prepare and submit their bids


electronically following the steps prescribed under with D.O. 87 -2020
in accordance with GPPB Resolution No. 09-2020 as follows:

a. Following GPPB Resolution No. 09-2020, a bidder has the option to submit
bid electronically. However, if a bidder chooses to submit an
electronic bid, the same bidder can no longer submit a bid
manually for the same contract, and vice versa.

b. Similar to manual submission, prospective bidders shall prepare their bids


in two (2) file folders, each for the Technical and Financial
Components. The file name of the Technical and Financial Components
folders should be in format <PCAB ID>_<CONTRACT
ID>_TECHNICAL and <PCAB ID>_<CONTRACT
ID>_FINANCIAL (e.g. 12345 20Z00123 TECHNICAL, 12345 20Z00123
FINANCIAL).

Subsequently, each of the Technical and Financial Components file folders


shall be COMPRESSED, PASSWORD PROTECTED and NAMED in the
format <PCAB ID>_<CONTRACT ID>_TECHNICAL.zip (or .rar/
.7z) and <PCAB ID>_<CONTRACT ID>_FINANCIAL.zip (or
.rar/7z), respectively (20Z00123 TECHNICAL.zip, 12345 20Z00123
FINANCIAL. zip).
c. Each file contained in the Technical and Financial Components file folders
shall be in PDF format (either scanned or exported/published), with file
name in the format <PCAB ID>_<CONTRACT
ID>_DescriptiveFilename.pdf (e.g. 12345 20Z00123
PCABLicense.pdf, 12345 20Z00123 OmnibusSwornStatement.pdf).

d. The compressed archive file folders of the Technical and Financial


components shall be compiled in a PASSWORD PROTECTED
COMPRESS ARCHIVE MAIN FILE FOLDER with filename in the
format <PCAB>_<CONTRACT ID>_Bid (e.g. 12345 20Z00123 Bid).

In case the total file size of the main archive file folder is more than the
allowable size of an attachment per e-mail of the prospective bidder’s e-
mail service provider (e.g. Gmail, Yahoo, Mail, Outlook), they shall need
to split its electronic bid into two or more PASSWORD PROTECTED
COMPRESSED ARCHIVE MAIN FILE FOLDERS.

e. The e-mail submitting the prospective bidder’s electronic bid should have
a Subject in the format “Bid Submission for [Insert Contract ID]”
(e.g. “Bid Submission for 20Z00123”).

In case of multiple compressed archive main file folders, it shall be


submitted in multiple e-mails, each with Subject in the format “Bid
Submission [Insert Number of main archive folder]/[Insert total
number of main archive folders]” (e.g. “Bid Submission ½ for
20Z00123” and “Bid Submission 2/2 for 20Z00123”).

f. The prospective bidder shall submit its electronic bid to


electronicbids_negrosoccidental1@dpwh.gov.ph using the
prospective bidder’s e-mail address registered in the Civil Works
Application (CWA). In case prospective bidders are not yet registered,
they can use any e-mail address, subject to the verification of the BAC
Secretariat.

4
4. Modification of an electronic bid

If bidder wishes to modify its electronic bid, he may do so following the


procedures in the manual submission of bid or he may choose to submit
his modification electronically in the same format prescribed in the
preparation and submission of an electronic bid, except that the subject
of the e-mail submitting the bid modification shall be labelled “Bid
Modification X for <Contract ID>”, where “X” represents the number of
bid modification submitted. For example, the subject of an e-mail
submitting a first bid modification for Contract ID No. 20Z00123 should
be “Bid Modification 1 for 20Z00123”.

5. Non-participation in the Bidding

In case a prospective bidder that have purchased a bidding document


decided not to participate, he may choose to submit his letter of non-
participation manually or electronically. In case of electronic submission,
the contractor shall send an e-mail with the Subject “Non-participation
for <Contract ID>” with the letter of non-participation as attachment
with file name “<PCAB ID>_<CONTRACT ID>_Non-Participation.pdf”.
This e-mail should be sent to
electronicbids_negrosoccidental1@dpwh.gov.ph before the
deadline for bid submission.

6. Withdrawal of Electronic Bid

Bids may be only withdrawn prior the deadline for bid submission. In
case of withdrawal of an electronic bid, the bidder shall send an e-mail
with the subject “Bid Withdrawal for <Contract ID>” and the letter of
bid withdrawal in pdf format with file name “<PCAB ID>_<CONTRACT
ID>_BidWithdrawal.pdf” shall be attached. This e-mail should be sent
to electronicbids_negrosoccidental1@dpwh.gov.ph before the
deadline for bid submission.

7. Opening of the Electronic Bid

Only during the actual opening of bids shall be bidder disclose the
passwords for his electronic bid. This can be done by the bidder’s
authorized representative verbally in person, through phone call, online
platforms (e.g. videoconferencing, webcasting), or through writing. In
all cases, the bidders will have only three (3) attempts or fifteen (15)
minutes, whichever comes first, to provide the correct password.
Otherwise, the bidder shall be disqualified except in unforeseen
justifiable circumstances. The bidder may also be subjected to the
three-strike policy (D.O. 17, Series of 2015) as warranted by the
circumstances.

If the bidder chooses to disclose the password through phone call, he


should make sure that the contract numbers as recorded in the Civil
Works Application are open when the BAC call to ask for the password.
The bidder may also choose to call the BAC number (033) 329-9008
during the bid opening time and wait for the opening of his bid for him
to disclose the password.

If the bidder chooses to attend the bid opening through online


conference, the bidder should join the meeting using the following link
https://meet.google.com/jsi-srub-snx

5
If the bidder chooses to disclose the passwords through writing, the
letters for password 1 (Main File Folder/Technical Component File
Folder) and password 2 (Financial Component File Folder) should be
enclosed in separate envelopes with the sender details (AMO, Bidder
Name, Address) addressed to the BAC Chairperson, with the details of
the bidding (Contract ID, Contract Name, Bid Opening Date and Time),
signed and sealed, with a remark “Password [Insert 1 or 2]. Do not
open before actual bid opening date and time”.

All electronic bids (Passwords protected compressed archive main file


folder/s) shall be opened first for the opening of the Technical
Component compressed archive folder/s. This shall be followed by the
opening of bids submitted manually for the opening of the Technical
Component Envelopes. The same procedures apply for the Financial
Components compressed archive file folder/s and financial component
envelopes.

If the electronic bid or file within it was found to be damaged, could not
be extracted or opened, the bid shall be considered “Failed”.

If the electronic bid is not password-protected or is not in the required


format, the bid shall still be accepted provided that the bidder
acknowledges such condition. The BAC shall assume no responsibility
for the misplacement of the contents of the improperly sealed or marked
bid, or improperly compressed or password-protected folder, or for its
premature opening.

8. File name convention in case of a Joint Venture Bidder

For Joint Venture (JV), the format of PCAB ID to be use by the bidder
in naming their files, folders and archives shall be “JV_<PCAB ID of the
Lead Member>” For example, if three (3) Contractors with PCAB ID Nos.
12345 (lead member), 67890, and 24680 entered into a JV, the PCAB
ID they must use is “JV-12345”.

18.2 Bid Corrections or any corrections as well as erasures made in the financial
documents including the discounts offered and the methodology of their
applications must be duly signed or initialed;

21 Additional contract documents relevant to the Project that may be required by


existing laws and/or the Procuring Entity, such as construction schedule and S-
curve, manpower schedule, construction methods, equipment utilization schedule,
construction safety and health program approved by the DOLE, and other
acceptable tools of project scheduling.

You might also like